Demolition Of Building
Document Type: Presolicitation Notice
Solicitation Number: IFB0-03-04
Contracting Office Address: NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
Description: NASA/MSFC plans to issue a Invitation For Bid (IFB) for demolition of Building 4647. This will consist of providing the labor, equipment, and materials to do demolition work on the prior stated facility. This is a 7,500 square foot, one-story air compressor building. The project includes removal and proper disposal of all demolished materials and remaining equipment. The building will be taken down to the slab on this project. Drawings are available upon request.
Safety records of the prime contractor and subcontractor will be a consideration at award time and the prime contractor must have an experience modification rating (emr) of 1.0 or less and proof included within the bid package. The prime subcontractor's emr rating shall be no more than 1.1. Request for ifb packages will not be accepted less than ten (10) days prior to bid opening. Award of this project is contingent upon the availability of funds.
Original Point of Contact: Dennis C. Parton, Contract Specialist, Phone (256) 544-5567, Fax (256) 544-9162, Email Dennis.Parton@msfc.nasa.gov - Ketela K. White, Contracting Officer, Phone (256) 544-7179, Fax (256) 544-9162, Email ketela.white@msfc.nasa.gov.
Demolish And Removal of Mobile Homes at Travis AFB, CA
Document Type: Combine Solicitation
Solicitation Number: Reference-Number-F7442730361000
Set Aside: Total Small Business
Contracting Office Address: Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written Solicitation will not be issued.
The procurement is for: The Demolish and Removal of the following four abandoned Mobile Home Units and Contents at the Travis Mobile Home Park -- mobile home color and sizes are: 1. Blue and White 12 feet wide by 60 feet long; 2.Biege and White 12 feet wide by 62 feet long; 3. Brown and White with brown skirting 12 feet wide by 76 feet long; And 4. Blue and White double wide with white skirting 26 feet wide by 62 feet long. All dimensions are outer max. sizes. The work to be accomplished will include the disconnecting of utilities lines (sewer, water, and electric service) to each unit. The utilities are not live ? the electrical and water will not work. Demolition will be accomplished at the job site prior to transporting to a off-site disposal area. Contractor will not remove the concrete pads, asphalt or utility lines. The contractor is responsible for the removal and disposal of all exterior and interior contents/materials. The contractor is encouraged to reuse and/or recycle all steel and other recyclable materials. The contractor is also responsible for the removal of all debris and the cleaning of the entire job site when completed. The contractor will provide all needed tools, equipment, and transportation, necessary in accomplishing this request. There are no known hazardous materials in the trailers. Such material as asbestos and lead based paint were not utilized on the four makes and models or the trailers. The synopsis/solicitation under purchase request number F7442730361000 is being issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-12. The proposed solicitation listed here is 100% set aside for small business. This acquisition falls under the Standard Industrial Classification (SIC) number 1795, the North American Industry Classification System (NAICS) 235940; the number of employees under this code is 700 for manufacturers and dealers. Vendor must be actively registered with Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial. FAR clause 52.212-2, Evaluation-Commercial Item applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the Government. Overall price is the evaluation factor. The following additional FAR provision and clauses do apply: FAR 52.212-4 is incorporated by reference and will be incorporated in the purchase order by reference. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with this offer. Quotes without this provision completed will not be considered. FAR 52.212-5, Contract terms and conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses (b)(11),(12),(13),(14),(15),(16),(17),(22); FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-19, Child Labor. DFARS 252.204-7004, Required Central Contractor Registration. CLAUSES MAY BE ACCESSED ELECTRONICALLY IN FULL TEXT THROUGH, http://farsite.hill.af.mil. 52.222-3, Convict Labor, 52.233-3, Protest after Award, 52.222-21, Prohibition Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (3) 52.222-36, Affirmative Action for with Disabilities (29 U.S.C. 793) (4) 52.222-41, Service Contract Act of 1965, as amended, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.247-34, F.O.B. Destination, 52.253-1, Computer Generated Forms, The following DFARS clauses also applicable to subject acquisition: 252.212-7001, Contract Terms and Conditions, The point of contact for this solicitation is TSgt. Handel Malone, Contract Specialist, (707) 424-7743, Fax: (707) 424-0288, e-mail: handel.malone@travis.af.mil. Contracting Officer is Clifford StSauver, (707) 424-7739 Fax (707) 424-0288, e-mail: clifford.stsauver@travis.af.mil
Original Point of Contact: Handel Malone, Contract Specialist, Phone 707-424-7743, Fax 707-424-0288, Email handel.malone@travis.af.mil - Clifford St Sauver, Team Leader, Phone 707-424-7739, Fax 707-424-0288, Email clifford.stsauver@travis.af.mil.
Demolish And Rebuild Wasterwater Treatement Plant.
Document Type: Presolicitation Notice
Solicitation Number: I1490030511
Contracting Office Address: IMR - MEVE - Mesa Verde National Park P. O. BOX 8 Mesa Verde CO 81330
Description: The project involves demolition of an existing building and 50,000 gallon per day filter plant damaged by fire, and constructing a new building and filter unit on the existing foundation. The new builidng will be concrete block and include a 250 square feet expansion. The treatment unit consists of a packaged tertiary filter unit purchased by the government and installed by contractor. Time for construction is 60 calendar days from Notice to Proceed. Cost estimated is between: $250,000 - $500,000.
Original Point of Contact: Linda McFarland Contract Specialist 2072889561 Linda_McFarland; Dixie L. Sparks Contract Specialist 9705295099 dixie _sparks@nps.gov.
Small Business Innovation Research - Phase I
Document Type: Presolicitation Notice
Solicitation Number: PR-NC-03-10275
Classification Code: A -- Research & Development
Set Aside: Total Small Business
Contracting Office Address: RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
Description: The Environmental Protection Agency contemplates awarding approximately 15 fixed price contracts under the Small Business Innovation Research (SBIR) Program, Phase I, during Fiscal Year 2003. The SBIR Program is a phased process uniform through the Federal Government of soliciting proposals and awarding funding agreements for research (R) or research and development (R&D) to meet stated agency needs or missions. During Phase I (covered by this solicitation) contractors shall conduct feasibility-related experimental research or R&D efforts on the described agency topics listed below. The Phase I awards are expected to be made by February 27, 2004. Upon successful completion of an EPA SBIR Phase I contract, with a Period of Performance of 6 months, the Phase I contractors will receive the Phase II solicitation, and may submit proposals for competitive evaluation. During Phase II, contractors shall perform the principal research or R&D effort. Funding for Phase II shall be based upon the results of Phase I and the quality and soundness of the Phase II workplan and commercial potential of the Phase II technology. Proposals submitted in response to the solicitation must directly pertain to EPA's environmental mission and must be responsive to EPA program interests included in the topic descriptions identified in the solicitation. The topics for the FY 2003 Phase I solicitation are as follows: A. Nanomaterials and Clean Technology; B. Treatment and Monitoring of Drinking Water; C. Municipal and Industrial Wastewater Treatment; D. Hazardous Waste Management and Site Remediation; E. Recycling of Municipal and Industrial Solid Waste; and F. Monitoring and Measurement Technologies. This procurement is a total small business set-aside. The NAICS code is 541710 and the Small Business Size Standard is 500 employees. The solicitation will be available on or about March 27, 2003, with proposals due on May 23, 2003. The solicitation will be available on the Internet at the following Internet addresses: 1). www.epa.gov/ncer/sbir/ and 2). www.epa.gov/oam/rtp_cmd/. Firms are encouraged to download the solicitation from the Internet. The solicitation document is approximately 56 pages in length, and includes all the requirements, instructions, and forms needed for proper proposal submission. Firms may obtain a facsimile of the solicitation when it becomes available by calling 1-800-490-9194. Questions arising in response to the solicitation shall be directed to Marsha B. Johnson, Contract Specialist, on Internet: johnson.marsha@epa.gov or by leaving a voice mail at (919)541-5293 for a return call. Firms that download the solicitation from the Internet should check periodically for any amendments, information, or status postings. The EPA does not intend to award this procurement in accordance with FAR Part 12, Commercial Items. See Note #1.
Original Point of Contact: Marsha B. Johnson, Contract Specialist, Phone: (919) 541-0952, E-Mail: johnson.marsha@epa.gov.
Rubber Scrap Removal
Document Type: Combine Solicitation
Solicitation Number: N68836-03-T-0120
Set Aside: Total Small Business
Contracting Office Address: Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Kings Bay Det, 930 USS Hundley, Bldg 2012 Naval Submarine Base, Kings Bay, GA, 31547
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number N68836-03-T-0120 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. This solicitation is issued on an unrestricted basis, NAICS Code 562111. DRMO Jacksonville Florida requires a contract for the monthly removal of rubber scrap located at DRMO, Bldg 174, 8297 Roosevelt Blvd, Jacksonville Fl 32212 and at Camp Blanding, Bldg Z400, Starke Fl 32091. Contractor to provide price per pound for this removal. The vendor will be required to check with DRMO to have trucks weighed in and out. DRMO will certify truck weight before and after loading. Period of performance will be from date of contract award through 30 Sep 2003. The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and citing: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, 52.222.42,52.222-43; 52.219-1 Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside; 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items and citing 252.224-7000; Offers are due by close of business 18 Mar 2003 and may be faxed to 912/673-2191, FISC Kings Bay, 930 USS Hunley Ave, Rm 214, Naval Submarine Base, Kings Bay, Ga 31547; Point of Contact Carolyn Wilson, ph 912/673-2001 ext 9283; Numbered Note 1 applies.
Original Point of Contact: Carolyn Wilson, Purchasing Agent, Phone (912) 673-2001 x9283, Fax (912) 673-3776, Email carolyn_b_wilson@jax.fisc.navy.mil - Carolyn Wilson, Purchasing Agent, Phone (912) 673-2001 x9283, Fax (912) 673-3776, Email carolyn_b_wilson@jax.fisc.navy.mi.
Latest from Recycling Today
- Nucor names new president
- DOE rare earths funding is open to recyclers
- Design for Recycling Resolution introduced
- PetStar PET recycling plant expands
- Iron Bull addresses scrap handling needs with custom hoppers
- REgroup, CP Group to build advanced MRF in Nova Scotia
- Oregon county expands options for hard-to-recycling items
- Flexible plastic packaging initiative launches in Canada